Tent Rental Services - Edwards AFB, CA
ID: W911SA25QA115Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

All Other Consumer Goods Rental (532289)

PSC

LEASE OR RENTAL OF EQUIPMENT- TEXTILES, LEATHER, FURS, APPAREL AND SHOE FINDINGS, TENTS AND FLAGS (W083)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking proposals for tent rental services at Edwards Air Force Base, California, as part of a total small business set-aside contract. The procurement involves providing temporary tent structures and support services from May 25 to June 15, 2025, to accommodate approximately 6,000 soldiers participating in training events, ensuring safe and clean quarters. The contractor will be responsible for all aspects of the service, including setup, maintenance, and dismantling of large tents, while adhering to strict performance standards and federal regulations. Interested parties must submit their quotes by April 11, 2025, with a total contract value of $12,500,000, and can direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 502-898-1254.

Point(s) of Contact
Files
Title
Posted
The document outlines the Performance Work Statement (PWS) for a non-personal services contract to provide temporary tent structures and support services at Edwards Air Force Base during May 25 to June 15, 2025. The contractor is responsible for delivering all personnel, equipment, and materials necessary to set up, maintain, and dismantle these structures without government assistance. The objective is to ensure safe, clean temporary quarters for personnel participating in training events correlating to Army Reserve directives, with an expected attendance of approximately 6,000 soldiers annually. Key requirements include providing a large tent (approximately 100ft x 120ft), power generation, HVAC systems, adequate lighting, fire safety equipment, and maintaining operational standards to withstand specific weather conditions. The contractor must implement a Quality Control Plan to monitor service quality and respond to corrective action requests as needed. Other administrative aspects include compliance with federal regulations, invoicing through the Wide Area WorkFlow (WAWF), safety laws, and a mandatory anti-terrorism awareness training for personnel. This document serves as a government request for proposals (RFP) focused on ensuring readiness and logistical support for military activities, emphasizing contractor accountability, service quality, and adherence to rigorous specifications.
Mar 21, 2025, 4:08 PM UTC
The document is a Contract Requirements Package for Antiterrorism/Operations Security, detailing procedural requirements for federal contracts associated with the Department of the Army. It mandates that all requirements packages, excluding certain supply contracts, must include a signed coversheet affirming compliance with antiterrorism (AT) and operations security (OPSEC) protocols. The review process requires signatures from an Organizational Antiterrorism Officer (ATO) and an OPSEC Officer, ensuring all contract specifications meet necessary security standards. Key elements of the contract include mandatory AT training for contractor personnel, background checks for access to Army installations, and a formal OPSEC program for contractors. Specific training provisions cover areas such as information assurance, classified information handling, and threat awareness reporting. Contracts are subject to strict compliance with Army regulations, requiring documented training and security measures tailored to the specific operational environment. This rigorous framework demonstrates the Army's commitment to ensuring the security of its operations and personnel, especially in contract scenarios involving sensitive environments or international deployments.
The Performance Requirements Summary (PRS) outlines the obligations of contractors providing tent packages for government use, specifically for deployment at Edwards Air Force Base. The document details essential performance objectives, standards, and thresholds for tent construction, delivery, and maintenance. Key requirements include tents with durable materials, efficient climate control, adequate lighting, safety features, structural integrity against winds, and compliance with size specifications. Contractors are responsible for timely delivery, setup, and equipment maintenance, with a specified timeline for each action. They must respond to maintenance requests swiftly and conduct inspections following severe weather conditions. Performance assessments will utilize a Continuous Performance Assessment Reporting System (CPARS) to document compliance and quality. Non-compliance could lead to corrective actions and potential financial penalties. This RFP illustrates the government's emphasis on quality, safety, and responsiveness regarding support services, ensuring that all equipment meets strict operational standards.
Mar 21, 2025, 4:08 PM UTC
The provided document outlines essential requirements for contractors engaged with a federal agency, focusing on prerequisites for training, documentation, and performance standards. Key points include the necessity for completion of AT Level I Training and submission of a Certificate of Completion to the Contracting Officer Representative (COR) at least 14 days prior to the contract start date or new employee hire. Contractors must also submit a California Business License and inform Key Personnel changes within the same timeframe. Invoices are to be entered into the Wide Area Workflow (WAWF) and submitted to the COR by the end of the performance period, along with a Service Schedule and Commodity Identification, both due five days post-performance. Additionally, evidence of required insurance must be emailed to the COR and the Administrative Contracting Officer (KO) within 10 days post-award and annually thereafter. This document lays out the structured process for compliance, ensuring safety, and operational readiness in line with federal contracting regulations and requirements.
Mar 21, 2025, 4:08 PM UTC
The Wage Determination Log for Fort Irwin, located in Kern County, California, provides essential information regarding wage determinations applicable to federal projects in that area. It includes a specific Wage Determination Number (2015-5603) and informs users to refer to the official government website (sam.gov) for comprehensive wage details relevant to federal contracting. The document indicates a review date of December 22, 2024, but does not include detailed wage rates or job classifications. This summary of wage determinations is crucial for ensuring compliance with federal labor standards during contract executions, especially in federal RFPs and grants where appropriate compensation is mandated for workers. The central focus is on maintaining fair wages in accordance with federal regulations, thereby supporting labor rights and promoting equity in government-related employment practices.
Mar 21, 2025, 4:08 PM UTC
The document outlines a solicitation (W911SA25QA115) for tent rental services at Edwards Air Force Base, CA, designated for women-owned small businesses. It specifies that the contractor must provide all necessary labor, transportation, and equipment for the rental, set-up, maintenance, and dismantling of large tents as per the Performance Work Statement (PWS). The total contract amount is set at $12,500,000, with services to be performed from May 25, 2025, to June 15, 2025. The solicitation incorporates various contractual clauses and notes the requirement for compliance with federal regulations, including the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Requirements for contractor performance reporting, insurance, and invoicing through the Wide Area Workflow (WAWF) system are included. The document emphasizes that contractors must adhere to federal, state, and local laws and maintain high performance standards to fulfill government objectives. The contractor must submit quotes by April 11, 2025, and may not require a site visit. This solicitation is part of broader efforts by the federal government to engage small businesses in fulfilling government contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Fort Irwin, CA - Tent Rental Service
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a tent rental service at Fort Irwin, California, with a total contract value of $12.5 million. The contractor will be responsible for providing, delivering, setting up, maintaining, and removing medium and large tent packages for military training events, ensuring compliance with safety and labor standards. This procurement is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB), reflecting the government's commitment to diversifying its contracting opportunities. Interested parties should direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil, with proposals due by April 9, 2025.
Tents, Tables, and Chairs (Beale AFB Airshow 2025)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide rental services for tents, tables, and chairs for the Beale AFB Airshow 2025, scheduled for June 7-8, 2025. The procurement includes the delivery, setup, and teardown of a large Distinguished Visitor area, requiring a 60'x40' tent, various table configurations, and additional equipment such as smaller canopy tents and safety items. This event is significant for showcasing the capabilities of the 9th Reconnaissance Wing and ensuring a well-organized experience for distinguished guests. Interested parties are encouraged to submit their responses to Teresa Perez at teresa.perez.9@us.af.mil or Lt. Joshua Sweat at joshua.sweat.2@us.af.mil, with all equipment delivery required by 9 AM on June 6, 2025.
Shower and Laundry Trailers for Edwards Air Force Base, CA
Buyer not available
The Department of Defense, through the Department of the Army, is seeking quotes for the provision of shower and laundry trailers at Edwards Air Force Base in California. The contract, designated as W911SA25QA119, aims to support Army Reserve training events by supplying two shower trailers and one laundry trailer, complete with necessary equipment and maintenance over a three-week period from May 25 to June 15, 2025. This procurement is particularly significant as it emphasizes compliance with federal regulations and encourages participation from Women-Owned Small Businesses (WOSB) and other small business entities. Interested vendors should direct inquiries to Breanna Huff at breanna.d.huff.civ@army.mil, and must adhere to the specified timelines for submission of quotes and required documentation.
83--TENT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of tents under solicitation number NSN 8340016938780. The requirement includes the delivery of one tent to the 1st Battalion, 360th Infantry Regiment and two tents to the 0574 Quartermaster Company, with a delivery timeline of 20 days after order (ADO). These tents are crucial for military operations, providing essential shelter and support in various environments. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
Portable Office Trailers and Supplies
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of portable office trailers and related supplies, including dry freight containers, temporary fencing panels, weather barriers, and concrete curbs, to be delivered to Frederick, Maryland. This opportunity is part of a Total Small Business Set-Aside, emphasizing the importance of compliance with federal acquisition regulations and the need for bidders to demonstrate technical capability alongside competitive pricing. The selected contractor will be expected to deliver the required items within 90 days post-award, with offers due by April 9, 2025. Interested parties should direct inquiries to Scott Hoffman or Edward Gorsky via their provided email addresses for further information.
83--TENT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two tents under solicitation number NSN 8340016919539. The requirement includes the delivery of the tents to the 0149 AV BN 02 CO F AIR TRAFFI within 20 days after the order is placed. These tents are essential for military operations and support, highlighting their importance in providing shelter and operational readiness for troops. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
Fencing Rental (Beale AFB Airshow 2025)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide fencing rental services for the Beale AFB Air and Space Expo scheduled from June 6-8, 2025. The contractor will be responsible for delivering and setting up 5,200 linear feet of chain link fencing, which will also serve as Foreign Object Debris (FOD) fencing, with setup occurring on June 5 and 6, and dismantling required by 7:00 AM on June 9. This procurement is critical for ensuring safety and security during a high-profile government event, necessitating strict adherence to security protocols and local regulations. Interested parties should contact Teresa Perez at teresa.perez.9@us.af.mil or Lt. Joshua Sweat at joshua.sweat.2@us.af.mil for further information, and must submit an execution plan by May 5, 2025, as part of the proposal process.
83--TENT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of tents, specifically NSN 8340016920013, with a requirement for three units. This solicitation is part of a total small business set-aside and aims to fulfill logistical needs for military operations. The procurement process will be conducted electronically, and all responsible sources are encouraged to submit their quotes by the specified deadline. Interested parties can direct inquiries to the buyer via email at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DLA's electronic platform.
RFQ - Portable Toilets (Port-a-John) Rental/Service in support of DCARNG Annual Training at Fort Indiantown Gap (FTIG), PA
Buyer not available
The Department of Defense, through the Army National Guard, is seeking quotations for the rental and service of portable toilets (Port-a-Johns) to support the Annual Training at Fort Indiantown Gap, Pennsylvania, scheduled for June 2025. The procurement aims to provide adequate sanitation facilities, including hand sanitizer dispensers, for military personnel during their training exercises, with specific requirements detailing the number of units needed at various training ranges and durations. This initiative underscores the importance of maintaining health standards and supporting military readiness through comprehensive logistical planning. Interested small businesses must submit their quotes by April 14, 2025, and can direct inquiries to LTC J. Paul Caldwell at joseph.p.caldwell.mil@army.mil or by phone at 520-715-2321.
842nd Beaumont TX Lodging Services
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is seeking quotes for lodging services for the 842nd Battalion in Beaumont, Texas, as part of the Military Surface Deployment and Distribution Command. The procurement is a 100% Small Business Set-Aside (SBSA) and aims to establish a firm fixed-price Blanket Purchase Agreement (BPA) for accommodations, with a focus on competitive pricing and compliance with specified requirements outlined in the Performance Work Statement and Price Matrix. This contract is crucial for providing safe and efficient lodging for military personnel, with a base period from May 16, 2025, to May 15, 2026, and multiple option periods extending through 2030. Interested vendors must submit their quotes by April 15, 2025, and direct any questions to Linda Humphrey at linda.d.humphrey.civ@army.mil by April 7, 2025.